Maryland Bids > Bid Detail

SOURCES SOUGHT: Optimization Slides, Reagents Kit, and Reagent Delivery Methods

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159527466295197
Posted Date: Feb 15, 2024
Due Date: Feb 29, 2024
Source: https://sam.gov/opp/baed2eb4cc...
Follow
SOURCES SOUGHT: Optimization Slides, Reagents Kit, and Reagent Delivery Methods
Active
Contract Opportunity
Notice ID
75N95024Q00161
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 02:40 pm EST
  • Original Response Date: Feb 29, 2024 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.



This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Small businesses are encouraged to respond.



For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



Background: The purchase of the optimization slides, reagents kit, and reagent delivery methods specific single cell kits will be used in ongoing research projects. Findings from this work will have a direct impact on how patients can be molecularly subtyped and for use in assessing target engagement and to predict neurodegenerative disease outcomes.



Purpose and Objectives: The purpose of this acquisition is to provide optimization slides, reagents kit, and reagent delivery methods to the laboratories of National Institute on Aging (NIA) at the National Institutes of Health (NIH). This acquisition is necessary to provide optimization slides, reagents kit, and reagent delivery methods for gene expression analysis and gene profiling. This allows them to identify single parts of a gene and the whole gene together. These biological technologies will be used to map gene expression, transcription, chromatin accessibility, and profiling for Alzheimer’s disease and related dementias and other age-related disorders.



Project requirements: The Contractor shall provide 10X Genomics brand-name or equal items as specified below:




  • 3' Dual Index

  • 3' Cellplex (DI only)

    • Salient Characteristics - The Chromium Next GEM Single Cell 3’ Reagent Kits enables deep profiling of complex cell populations with high-throughput 3’ digital gene expression and feature analysis of individual cells. Single-cell sequencing provides several advantages, including:

    • Single-cell sequencing can detect biologically relevant gene expression signals masked by bulk measurement for a wide dynamic range of individual cells per chip across heterogeneous cell types (up to 8,000 cells per LT chip, up to 80,000 cells per standard throughput chip, up to 320,000 cells per HT chip)

    • Rare or novel cell types may also be uncovered and characterized based on environmental or experimental conditions.

    • Simultaneous assessment of many phenotypes (e.g., gene expression and protein abundance)

    • Targeted gene expression analysis with pre-designed and custom gene panels



  • 5' Single Index & 5' Dual Index

    • Salient Characteristics - Chromium Next GEM Single Cell 5’ The Chromium Next GEM Single Cell 5’ Reagent Kits provide a scalable solution for profiling full-length paired V(D)J transcripts on a cell-by-cell basis.

    • Delivers paired full-length T-cell and B cell receptor sequences at the single-cell level using universal and unbiased amplification strategies, thus avoiding amplification and detection bias associated with complex multiplex PCR while revealing deeper biological complexity of antigen specificity on a per-cell basis than single-chain (e.g., TCR) methods.

    • The incorporation of a unique molecular identifier (UMI) in the template switch oligo enables transcript quantification and further reduces systematic bias by controlling for non-biological SNVs or other variants introduced by PCR and sequencing error.

    • Enables the detection of germline and somatic variation across full-length antigen receptor V(D)J gene sequences.

    • Identifies both productive and non-productive recombination events as well as adaptive immune cells with more than one productive T-cell receptor alpha or beta chain.

    • Maps transcription start sites, promotor, and alternative promoter elements.

    • Targeted gene expression analysis with pre-designed and custom gene panels



  • Automated

    • Automated versions of the 3’ and 5’ expression kits are available for runs on the Connect



  • Multiome

    • Salient Characteristics - Chromium Next GEM Single Cell Multiome ATAC + Gene Expression The Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Kits enable simultaneous profiling of the whole transcriptome and epigenome from the same single cell 10x Genomics Sole Source Document • Rev J • Next GEM 5

    • Simultaneously interrogate open chromatin and 3’ gene expression in up to 10,000 individual nuclei per sample (8 samples per run)

    • Deeply characterize cell types and states with linked transcriptomic and epigenomic analysis

    • Discovery new gene regulatory interactions

    • Analyze high resolution paired transcriptomic and epigenetic data with turnkey software




  • ATAC V2

    • Salient Characteristics - Chromium Next GEM Single Cell Multiome ATAC + Gene Expression The Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Kits enable simultaneous profiling of the whole transcriptome and epigenome from the same single cell. 10x Genomics Sole Source Document

      • Rev J • Next GEM 5

      • Simultaneously interrogate open chromatin and 3’ gene expression in up to 10,000 individual nuclei per sample (8 samples per run)

      • Deeply characterize cell types and states with linked transcriptomic and epigenomic analysis

      • Discovery new gene regulatory interactions

      • Analyze high resolution paired transcriptomic and epigenetic data with turnkey software





  • Visium FFPE V1 & Visium FF

    • Salient Characteristics - Formalin-Fixed Paraffin Embedded (FFPE) Sample Workflow FFPE tissues are sectioned and placed in the capture areas on the Visium Spatial Gene Expression slide. Utilizing standard H&E or immunofluorescence staining techniques, tissue sections are visualized on the slide to capture the morphological image of each section. The tissue is de-crosslinked to release mRNA that was sequestered by formalin fixation. Human or mouse whole transcriptome SAM000089, Rev B probe panels, consisting of a pair of specific probes for each targeted gene, are added to the tissue. These probe pairs hybridize to their gene target and are then ligated to one another. The ligation products are released from the tissue upon RNase treatment and permeabilization. Universal conditions for sample decrosslinking and tissue permeabilization are used; tissue specific optimization is not needed for the Visium Spatial Gene Expression Solution for FFPE tissues. For each section mounted on the Visium Spatial Gene Expression slide, ligated probe pairs from the tissue bind with spatially barcoded oligonucleotides present on the capture areas of the slide. The probe pairs are extended to incorporate complements of the spatial barcodes. The spatially barcoded, ligated probe products are released from the slide and PCR amplified. The probe products are further processed to generate an NGS-ready library. The Visium Spatial Gene Expression library is sequenced using standard short-read sequencers, and data is processed and visualized using 10x Genomics software: Space Ranger analysis pipelines and Loupe Browser visualization software. Unique Platform Characteristics

      • 2, 4, or 16 reaction Visium Spatial Gene Expression kits available

      • All critical and non-standard reagents and slides are included in the kit

      • 2 or 4 (6.5mm x 6.5mm) capture areas per slide

      • 4992 55µm barcoded spots per capture area

      • Each barcoded spot contains millions of capture oligos

      • 100 µm center-to-center distance between spots

      • Highly sensitive on a variety of tissue types





  • 3' HT & 3' LT & 5' HT & Fixed Single Cell

    • Salient Characteristics - Chromium Next GEM Single Cell Fixed RNA The Chromium Next GEM Single Cell Fixed RNA Reagent Kits enables measurements of single cell gene expression in fixed human or mouse samples.

      • Fresh human or mouse samples are fixed with paraformaldehyde to preserve biological states at collection and enable short- or long-term storage and transport

      • Batch process and multiplex samples to improve operational efficiency and reduce experimental variability

      • Scale single cell studies by multiplexing up to 16 samples and 128,000 cells per channel, for up to 128 samples and >1,000,000 cells per run

      • Deeply interrogate cell types and states with simultaneous gene and cell surface protein expression





  • Nuclei Isolation

    • Salient Character tics - Chromium Nuclei Isolation The Chromium Nuclei Isolation Kit is an all-in-one solution for the standardized isolation of nuclei from frozen tissue for use in 10x Genomics Single Cell assays.

      • Easily isolate nuclei from 3-5mg of frozen tissues (up to 8 in parallel) in an hour with little to no sample preparation optimization

      • A unified workflow for a wide range of tissues that simplifies sample processing

      • Characterize the heterogeneity of tissues more completely by preserving cells often lost during fresh tissue dissociation

      • Use reliable, standardized reagents designed for 10x Genomics single cell sequencing assays





  • Xenium spatial

    • 2, 4, or 16 sample gene panel kits available

    • Fully custom panels from 50 to 480 genes

    • Pre-defined brain panels for human and mouse

    • Add on panels available for 50 or 100 genes

    • Advanced panels for specific transcripts

    • Slides, reagents and consumables include all that is needed to run the experiment with any panel.



  • The equipment shall be compatible with the following existing 10X Genomics Equipment

  • CC = Chromium Connect

  • iX = Chromium iX

  • X = Chromium X

  • Visium CytAssist

  • Xenium Analyzer



Anticipated period of performance: The Government anticipates an indefinite delivery/indefinite quantity (IDIQ) contract. The ordering period will be 5 years. Task orders will be issued as necessary.



Other important considerations: In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.



Capability statement /information sought.



Companies that believe they possess the capabilities to provide the required products submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.



One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.



The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov.



The response must be received on or before February 29, 2024 at 11AM Eastern Time.



Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.



Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 15, 2024 02:40 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >